Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS

E -- SUPPLY AND INSTALL ONE (1) MODULAR OFFICE BUILDING

Notice Date
August 22, 2001
Contracting Office
Apache-Sitgreaves National Forests, P.O. Box 640, Springerville, AZ 85938
ZIP Code
85938
Solicitation Number
R3-01-01-75
Response Due
September 7, 2001
Point of Contact
Rufus Cole 520/333-4301
E-Mail Address
click here to contact the contracting office via e-mail (rcole01@fs.fed.us)
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFQ is a small business set-aside, the SIC code is 2452, the NAICS code is 321992 and the small business size standard is 500 employees. This requirement is being issued as a Request for Quotation, solicitation number R3-01-01-75. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 (25 Jun 2001) and in Department of Agriculture Acquisition Regulations and Forest Service Acquisition Regulations. Quotations are due by 4:30 PM local time September 7, 2001. Facsimile bid quotations will be accepted at 520/333-6357 Attn RKI Cole. This specification covers the requirements for one modular office building, including all materials, equipment and labor required for delivery and complete installation: Line Item 0001 MODULAR OFFICE BUILDING: One Modular Office Building, to be delivered and installed at Lakeside Ranger District Office in Lakeside, Arizona. Trailers will not be allowed. Upon completion of this contract the office will be fully operational. The total approximate square footage for this office is from 1400 to 1700 square feet. INSULATION: The manufacturer's standard materials and construction techniques shall be used. The roof shall be insulated to a minimum R-30 rating. The walls and floor shall be insulated to a minimum R-19 rating; ROOF: Shall be constructed to support a snow load of 40 psf. The roof shall have a minimum pitch of 2' vertical to 12' horizontal with 12" overhang. Steel standing seam roofing is required; WINDOWS: Shall be the manufacturer's standard dual glazed energy conserving units 4040 X 10 each minimum with aluminim miniblinds color to be selected by govt. Preference will be given to paint free windows. Window units shall be operable and furnished with removable insect screens; INTERIOR FINISHES: Shall be the manufacturer's standard materials. The bathrooms, entries, and utility closet floor shall be no-wax resilient sheet vinyl flooring. All other floors shall be stain resistant commercial carpeting. Wall finishes shall be vinyl wall covering or paneling. All doors shall be 36" wide. All colors shall be earth tones and compatible with each other, to be selected by the Government from the manufacturer's standard range. The ceiling shall be standard white, stain resistant material; EXTERIOR FINISHES: Shall be the manufacturer's standard materials. Preference will be given to exterior surfaces of vinyl, metal or paint free siding. The colors will be selected by the Government from the manufacturer's standard range; HEATING AND VENTILATING: The heating shall be central propane heating system. The coolding system shall be refridgerated air. OTHER SYSTEMS: The water heater minimum 40 gal. Lighted wall switch in utility room. The electrical service shall be 200 amperes; VERMIN PROOFING: The bottom of the floor system shall be covered with an appropriate material and sealed to prevent the entrance of rodents and insects; DATA PLATE: The data plate shall include the roof live load in psf, and the R-values for the floor walls, and ceiling . Fire Safety, Plumbing, Heat Producing Equipment, Electrical Equipment and Installations shall be listed or labeled by an approved testing or listing agency. RESTROOMS: Two restrooms shall be provided. One restroom, fully ADA compatible, shall have 1 shower stall, one toilet, one sink with mirror, towel bar, bathroom cabinets. The other restroom shall have one toilet, one sink with mirror, towel bar, bathroom cabinets. All fixtures shall be the same color, to be selected by the Government from the manufacturer's standard range. ACCESSIBILITY: All access doors, all hallways and doorways and one bathroom shall meet the requirements of the Americans with Disabilities Act (ADA) for access. Contractor shall not be responsible for exterior entry ramp(s). INSTALLATION: The modular office shall be set up on an existing pad. All utility connections(sewer,water (copper line), electric) shall be complete and functional. The office shall be adequately anchored to the pad as needed. WARRANTIES: Supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services. The Contractor shall require all warranties to be executed, in writing, for the benefit of the Government; SUBMITTALS: The Contractor shall submit to the Contracting Officer the following submittals: 3 copies of the following: proposed floor plan(s), list of equipment and appliances to be furnished and installed, color samples for the appliances, fixtures and interior/exterior finishes. Submittals shall be either blue line or black lineprints on a white background; DELIVERY: The successful offeror shall notify the Contracting Officer 5 working days prior to scheduled delivery of the modular office building. The approximate delivery and installation date for the office is October, 2001.The modular office seup shall comply with all applicable City, State, County and Local Codes. Delivery shall be F.O.B Destination, Lakeside, Arizona with inspection/acceptance at destination. The provisions at FAR 52.212-1 Instructions to Offerors -- Commercial and FAR 52.212-4 Contract Terms and Conditions -- Commercial Items apply to this acquisition. Offerors must submit a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. This acquisition will be evaluated in accordance with FAR 52.212-2 Evaluation -- Commercial Items. As prescribed in FAR 12.301(c), the provisions the Government will award this solicitation will result from the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) price; (2) Office Requirement (Insulation, flooring, windows, warranties, exterior surface,); (4) Quality (Appearance, years of experience, longevity, operation and maintenance costs, construction materials. Price shall be considered approximately equal to factors 2, 3, and 4 in importance. The offeror may obtain all FAR regulations referred to in this synopsis at http://www.arnet.gov/far/. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The written quotes and the above required information must be received on or before September 7, 2001at 4:30 PM local time to USDA Forest Service, Apache-Sitgreaves National Forests, PO Box 640, 309 South Mountain Ave., Springerville, AZ 85938 or faxed ATTN: RKI Cole, 520/333-6357.
Record
Loren Data Corp. 20010824/ESOL001.HTM (W-234 SN50V6V2)

E - Purchase of Structures and Facilities Index  |  Issue Index |
Created on August 22, 2001 by Loren Data Corp. -- info@ld.com